- Scope of the procurement
- Lot 1. POR L1NI - Primary Operating Reserve
- Lot 2. SOR L2NI - Secondary Operating Reserve
- Lot 3. TOR1 L3NI - Tertiary 1 Operating Reserve
- Lot 4. TOR2 L4NI - Tertiary 2 Operating Reserve
- Lot 5. RRD L5NI - Replacement Reserve (De-Synchronised)
- Lot 6. RRS L6NI - Replacement Reserve (Synchronised)
- Lot 7. SSRP L7NI - Steady State Reactive Power
- Lot 8. SIR L8NI - Synchronous Inertial Response
- Lot 9. RM1 L9NI - Ramping Margin 1 Hour
- Lot 10. RM3 L10NI - Ramping Margin 3 Hour
- Lot 11. RM8 L11NI - Ramping Margin 8 Hour
- Lot 12. FFR L12NI - Fast Frequency Response
Section one: Contracting entity
one.1) Name and addresses
SONI Ltd
12 Manse Road
Belfast
BT6 9RT
Telephone
+44 2890794336
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43172
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.6) Main activity
Electricity
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SONI051
two.1.2) Main CPV code
- 71314000 - Energy and related services
two.1.3) Type of contract
Services
two.1.4) Short description
DS3 System Services - Volume Uncapped – Gate 12
two.1.5) Estimated total value
Value excluding VAT: 467,825,000 EUR
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
POR L1NI - Primary Operating Reserve
SOR L2NI - Secondary Operating Reserve
TOR1 L3NI - Tertiary 1 Operating Reserve
TOR2 L4NI - Tertiary 2 Operating Reserve
RRD L5NI - Replacement Reserve (De-Synchronised)
RRS L6NI - Replacement Reserve (Synchronised)
SSRP L7NI - Steady State Reactive Power
SIR L8NI - Synchronous Inertial Response
RM1 L9NI - Ramping Margin 1 Hour
RM3 L10NI - Ramping Margin 3 Hour
RM8 L11NI - Ramping Margin 8 Hour
FFR L12NI - Fast Frequency Response
two.2) Description
two.2.1) Title
POR L1NI - Primary Operating Reserve
Lot No
1
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Primary Operating Reserve and Primary Operating reserve or ‘POR’ has the meaning given to it in the grid code.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
30 April 2026
This contract is subject to renewal
Yes
Description of renewals
Option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases, at the
discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any
subsequent phases envisaged under the DS3 Programme.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Interested parties should download or refer to the tender pack attached to the notice for this contract for full details.
two.2) Description
two.2.1) Title
SOR L2NI - Secondary Operating Reserve
Lot No
2
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Secondary Operating reserve or ‘SOR’ has the meaning given to it in the grid code.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
30 April 2026
This contract is subject to renewal
Yes
Description of renewals
Option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases, at the
discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any
subsequent phases envisaged under the DS3 Programme.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Interested parties should download or refer to the tender pack attached to the notice for this contract for full details.
two.2) Description
two.2.1) Title
TOR1 L3NI - Tertiary 1 Operating Reserve
Lot No
3
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Tertiary 1 operating reserve or ‘TOR1’ has the meaning given to it in the grid code.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
30 April 2026
This contract is subject to renewal
Yes
Description of renewals
Option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases, at the
discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any
subsequent phases envisaged under the DS3 Programme.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
TOR2 L4NI - Tertiary 2 Operating Reserve
Lot No
4
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Tertiary 2 operating reserve or ‘TOR2’ has the meaning given to it in the grid code.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
30 April 2026
This contract is subject to renewal
Yes
Description of renewals
Option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases, at the
discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any
subsequent phases envisaged under the DS3 Programme.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
RRD L5NI - Replacement Reserve (De-Synchronised)
Lot No
5
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
RR (De-synchronised)’ means replacement reserve provided by the providing unit when: (i) not Synchronised to the power system in the
case of a synchronous providing unit, or
(ii) when connected to the power system and operating at a level less or equal to 0 MW in the case of an energy storage providing unit, or
(ii) when connected to the power system in the case of a demand side unit.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
30 April 2026
This contract is subject to renewal
Yes
Description of renewals
Option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases, at the
discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any
subsequent phases envisaged under the DS3 Programme.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
RRS L6NI - Replacement Reserve (Synchronised)
Lot No
6
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
RR (Synchronised)’ means Replacement Reserve provided by the Providing Unit when: (i) synchronised to the power system in the case of
a synchronous providing unit, or
(ii) when connected to the power system and operating at a level greater than 0 MW in the case of an energy storage providing unit or
power park module.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
30 April 2026
This contract is subject to renewal
Yes
Description of renewals
Option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases, at the
discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any
subsequent phases envisaged under the DS3 Programme.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
SSRP L7NI - Steady State Reactive Power
Lot No
7
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Steady-state reactive power or ‘SSRP’ means reactive power capability (Leading) and reactive power capability
(Lagging)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
30 April 2026
This contract is subject to renewal
Yes
Description of renewals
Option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases, at the
discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any
subsequent phases envisaged under the DS3 Programme
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
SIR L8NI - Synchronous Inertial Response
Lot No
8
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Synchronous Inertial Response (SIR) is the kinetic energy (at a Frequency of 50 Hz) of a centrally dispatched synchronous providing unit
multiplied by the SIR factor (SIRF)
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
30 April 2026
This contract is subject to renewal
Yes
Description of renewals
Option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases, at the
discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any
subsequent phases envisaged under the DS3 Programme.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
RM1 L9NI - Ramping Margin 1 Hour
Lot No
9
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Ramping Margin 1 is the increased MW Output and/or MW Reduction that a providing unit can provide to
the company within one hour of the company issuing a dispatch instruction to a service provider and that the providing unit can maintain
for a further two hours after the one hour period has elapsed. It is limited by the lowest availability in that three hour period.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
30 April 2026
This contract is subject to renewal
Yes
Description of renewals
Option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases, at the
discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any
subsequent phases envisaged under the DS3 Programme.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
RM3 L10NI - Ramping Margin 3 Hour
Lot No
10
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Ramping Margin 3 is the increased MW Output and/or MW reduction that a providing unit can provide to the company within three hours
of the company issuing a dispatch instruction to a service provider and that the providing unit can maintain for a further 5 hours after the 3
hour period has elapsed. It is limited by the lowest availability in that 8 hour period.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
30 April 2026
This contract is subject to renewal
Yes
Description of renewals
Option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases, at the
discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any
subsequent phases envisaged under the DS3 Programme.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
RM8 L11NI - Ramping Margin 8 Hour
Lot No
11
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Ramping Margin 8 is the increased MW Output and/or MW reduction that a providing unit can provide to the company within eight hours
of the company issuing a dispatch instruction to a service provider and that the providing unit can maintain for a further 8 hours after the 8
hour period has elapsed. It is limited by the lowest availability in that 16 hour period.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
30 April 2026
This contract is subject to renewal
Yes
Description of renewals
Option for each TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases, at the
discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any
subsequent phases envisaged under the DS3 Programme.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
FFR L12NI - Fast Frequency Response
Lot No
12
two.2.2) Additional CPV code(s)
- 71314000 - Energy and related services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Fast Frequency Response (FFR) is the additional MW Output or MW reduction required compared to the pre- incident MW output or MW
reduction, which is fully available from a providing unit within 2 seconds after the start of an event and sustainable up to 10 seconds after
the start of the event.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
30 April 2026
This contract is subject to renewal
Yes
Description of renewals
Option for the TSO to extend the term of its Contract in respect of any or all of its applicable Lots in certain defined cases, at the
discretion of the Contracting Entity. This option might apply where, for instance, there is a delay in completing the procurement for any
subsequent phases envisaged under the DS3 Programme.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Tariff
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Interested parties should download or refer to the tender pack attached to notice for this contract for full details.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 January 2025
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
24 January 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Estimated timing for further notices to be published:
Gate Process – refers to the period subsequent to the initial contract round whereby Tenderers may apply for a place on the Qualification
System at any time. However, the award of contracts is anticipated to occur at six monthly intervals; however the precise intervals will be
at the discretion of the Contracting Entity.
six.3) Additional information
1) Interested parties must register their interest on the mytenders web site (www.mytenders.co.uk) in order to be included on the mailing
list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Portal
(www.mytenders.co.uk) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed
(or not relayed) via third parties.
2) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
3) Contract award will be subject to the approval of the competent authorities.
4) At its absolute discretion, the contracting authority may elect to terminate this procurement process or any contract awarded.
5) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or
patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be
treated strictly and solely for reference purposes only, to which the words ‘or equivalent’ will always be appended.
6) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in
respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully
completed questionnaires in order to avoid the risk of elimination from the competition.
NOTE: To register your interest in this notice and obtain any additional information please visit the mytenders Web Site at
https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230929.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at
https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the
closing time to avoid any last minute problems.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=232171.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:232171)
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=233478.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:233478)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit